Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Queen's University Belfast
Purchasing Office, University Road
Belfast
BT7 1NN
UK
Contact person: Jackie Glackin
Telephone: +44 2890973026
E-mail: procurement@qub.ac.uk
NUTS: UKN06
Internet address(es)
Main address: www.qub.ac.uk
Address of the buyer profile: www.qub.ac.uk/po
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.in-tendhost.com/queensuniversitybelfast/aspx/Home
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.in-tendhost.com/queensuniversitybelfast/aspx/Home
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://www.in-tendhost.com/queensuniversitybelfast/aspx/Home
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
QUB/2750/25 Global Mobility and Related Services - India
Reference number: QUB/2750/25
II.1.2) Main CPV code
79631000
II.1.3) Type of contract
Services
II.1.4) Short description
In January 2025, the University announced its plans to become the first Russell Group University to open a campus in GIFT City, India. Queen’s commitment over an initial five-year period cements Queen’s position as a leading global university committed to fostering international collaborations.The University invites tenders from Economic Operators who can provide comprehensive Global Mobility Services and support the University in this initiative.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
79631000
75112000
79221000
II.2.3) Place of performance
NUTS code:
UK
IN
Main site or place of performance:
II.2.4) Description of the procurement
In January 2025, the University announced its plans to become the first Russell Group University to open a campus in GIFT City, India. Queen’s commitment over an initial five-year period cements Queen’s position as a leading global university committed to fostering international collaborations.The University invites tenders from Economic Operators who can provide comprehensive services across the cohorts outlined below. For clarity, Economic Operators must demonstrate their ability to deliver services for all requirements as part of an integrated solution. The University has developed an indicative resourcing strategy and implementation plan and requires a broad range of support across several cohorts. Details of the indicative range of requirements is set out below. Cohort 1: Academic Staff dedicated to delivery of services in GIFT City and based at GIFT City campus Cohort 2: Queen’s University UK based staff seconded on multi-year basis to GIFT City campus Cohort 3: Queen’s University UK based academic staff spending several weeks at a time at GIFT City campus, where demand requires it, to support individuals within cohort 1Cohort 4: Professional Services and operational support staff based at GIFT City campusCohort 5: Business Travel to GIFT City Campus Ancillary ServicesThe University may also require the economic operator to provide ad hoc support services.This project is dynamic and in its early stages; therefore, it is expected to evolve throughout the duration of the contract. Accordingly, the scope of requirements may be refined, expanded, or reduced as necessary to meet business needs. The University requires the successful Economic Operator to demonstrate flexibility in adapting to these evolving requirements. Any modifications will remain within the scope of the contract's subject matter and will be mutually agreed upon in writing by both the University and the successful provider.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 72
This contract is subject to renewal: Yes
Description of renewals:
The contract will be subject to renewal in 66 months assuming all the extension options are exercised
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
The contract is for a period of 3 years with options to extend by up to a further 36 months
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Please refer to tender documents
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
25/03/2025
Local time: 16:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
25/03/2025
Local time: 16:15
Place:
Queen's University Belfast
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
66 months assuming all extension options have been exercised
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
Queen's University Belfast
Belfast
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
This authority will incorporate a standstill period at the point information on the award of the contract is communicated to Tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.The Public Contract Regulations 2015 (SI 2015/102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.5) Date of dispatch of this notice
21/02/2025